to,mmd.airindia.co.in/aimmd/tender/td-aiata room work..docx · web viewreceipt of ernest money...

47
AIR INDIA LIMITED , ER, P &F Dept.N T A, DUM DUM Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016 TENDER NOTICE To, Sealed tenders are invited for the following work. 1. Name of Works : THE REQUIRED REPAIRS AND RENOVATION WORK FOR THE AIATA ROOM AT NEWTECHNICAL AREA, N.S.C.B.I. AIRPORT, DUMDUM, KOLKATA - 700 052.” 2. Estimated cost : Rs. 4.40 Lakhs 3. Tender Cost : Rs 525/- (Rs. 500/- + 5% VAT) 4. Completion period : Three months. 5. Tender documents will be available in the office of the Asstt. General Manager – P & F, AIL, New Technical Area, Dum Dum, Kolkata Airport, Kolkata – 700052 during normal working hours on all working days from 19.02. 2016 to 26.02.2016, on payment of Tender cost. Completed sealed tender documents will have to be deposited in the same office on or before 29.02.2016 by 13:00 hrs.. Tenders will be opened on 29.02.2016 at 14:30 hrs. in the office of the Sr.Asstt. General Manager – P & F, Properties & Facilities Department at New Tech. Area, Dum Dum, Kolkata

Upload: trannhi

Post on 29-May-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

AIR INDIA LIMITED , ER, P &F Dept.N T A, DUM DUM

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016TENDER NOTICE

To, Sealed tenders are invited for the following work.

1. Name of Works : THE REQUIRED REPAIRS AND RENOVATION WORK FOR THE AIATA ROOM AT NEWTECHNICAL AREA, N.S.C.B.I. AIRPORT, DUMDUM, KOLKATA -700 052.”

2. Estimated cost : Rs. 4.40 Lakhs

3. Tender Cost : Rs 525/- (Rs. 500/- + 5% VAT)

4. Completion period : Three months.

5. Tender documents will be available in the office of the Asstt. General Manager – P & F, AIL, New Technical Area, Dum Dum, Kolkata Airport, Kolkata – 700052 during normal working hours on all working days from 19.02. 2016 to 26.02.2016, on payment of Tender cost. Completed sealed tender documents will have to be deposited in the same office on or before 29.02.2016 by 13:00 hrs.. Tenders will be opened on 29.02.2016 at 14:30 hrs. in the office of the Sr.Asstt. General Manager – P & F, Properties & Facilities Department at New Tech. Area, Dum Dum, Kolkata Airport, Kolkata – 700 052 in presence of intending bidders who may wish to be present.

6. Earnest Money Deposit : Rs. 8810/=7. Defects liability period : One Year.

(V M Jadhav) Sr.Asstt. General Manager – P & F

Cc. Sr. A.G.M.(P), AIL, ER, NTA – For inf. Pls. You are requested to depute the nominee of ED (E) to our office for opening the tenders on the date and at time as mentioned above.

Cc: Sr. Manager (Fin), AIL, NTA- For inf. Pls. with a request to accept the tender cost ofRs. 1050/- from the parties mentioned above on production of tender notice issued to them and issue them a deposit money receipt against which we will issue them subject tender document. You are also requested to depute your representative to our office for opening the tenders on the date and time as mentioned above.

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

PROPERTIES & FACILITIES DEPARTMENT

IMPORTANT NOTE

PROCEDURE FOR SUBMITTING OF TENDER

The tender for the subject work shall be submitted in two separate sealed covers. The Tenderers are required to convey in writing in the “ Acceptance Letter” OR “ Regret Letter” which shall be issued in duplicate along with the tender, their unconditionally acceptance to Air India’s Tender Terms & Conditions in its entirety. The tenderers are also required to give an undertaking on “Service tax”. It shall be the responsibility of the Contractor to collect the “Acceptance letter” in duplicate and proforma of “Undertaking on Service tax” from the issuing authority, prior to submission of the tender OR “Regret Letter”

“ Cover No. 1” superscribed “Acceptance of Air India’s Tender Conditions regarding Tender for …..(as per the subject of the tender )…… and bearing on the bottom left corner the name of tenderer, will contain the following

1. Receipt of Ernest Money Deposit/Demand Draft/ bank Guarantee. 2. “Acceptance letter”in duplicate fully completed.

OR

3. “Regret Letter” on your Company’s letterhead. Format enclosed for ready reference.

COVER NO. 1 SHALL NOT CONTAIN ANY OTHER DOCUMENTS

“Cover NO. 2” to be submitted under separate sealed cover will contain only the Tender document and superscribed …..(as per the subject of the tender…..) and bearing on the bottom left corner the name of the tenderer.

COVER NO. 2 SHALL NOT CONTAIN ANY OTHER DOCUMENTS

Both the seal Cover No. 1& 2 shall be properly pinned together and submitted. Tenders will be opened in the presence of any intending tenderers who may which to be present at the time on the date and at the place indicated. Only the sealed Cover No. 1 shall be opened first.

The offer from only those tenderers, who have submitted in Cover No. 1 their letter of Acceptance, conveying their unconditional acceptance of Air India’s standard Conditions of Contract together, with the “ Undertaking on Service tax” and receipt of Ernest Money Deposit shall be considered valid and Cover No. 2 containing the tender quotation for the subject work from such tenderers only shall be opened.

Those tenderers who do not fulfill the above requirements of Cover No. 1 or Cover no. 2 shall be rejected. The offers from those tenderers, who are unable to unconditionally accept Air India Standard Conditions of Contract will also be rejected.

PROPERTIES & FACILITIES DEPT. KOLKATA.

ACCEPTANCE LETTERTo,TheAGM - P&F Dept., Air India Ltd.Kolkata – 700 052.Sir, We hereby unconditionally accept the tender terms and conditions in its entirety for Tender No.________________________________ dated _______________. We also confirm that payment of Earnest Money Deposit has been made in the form of DD and receipt of the same is enclosed where applicable.

We understand that if RATES against each item of Schedule of Quantities are not WRITTEN in both FIGURES as well as WORDS, the tender will STAND REJECTED.

Date : ____________ . SIGNATURE OF THE TENDERER WITH RUBBER STAMP

...........................................................................................................................................

PROPERTIES & FACILITIES DEPT. KOLKATA.ACCEPTANCE LETTER

To,The AGM - P&F Dept., Air India Ltd.Kolkata – 700 052.Sir, We hereby unconditionally accept the tender terms and conditions in its entirety for Tender No._______________________________ dated _____________. We also confirm that payment of Earnest Money Deposit has been made in the form of DD and receipt of the same is enclosed where applicable.

We understand that if RATES against each item of Schedule of Quantities are not WRITTEN in both FIGURES as well as WORDS, the tender will STAND REJECTED.

Date : ____________ __ SIGNATURE OF THE TENDERER WITH RUBBER STAMP

REGRET LETTER (To be sent under Contractor’s Letter head)

To,The Assr.General Manager, Air India Ltd.Kolkata – 700 052. Sub THE REQUIRED REPAIRS AND RENOVATION WORK FOR THE AIATA ROOM AT NEWTECHNICAL AREA, N.S.C.B.I. AIRPORT, DUMDUM, KOLKATA -700 052.” Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

Sir,We regret to inform you that we are unable to quote for the subject tender due to

the following reason :1……………………………………………………………………………………2. …………………………………………………………………………………..

_____________________________________________ Date: SIGNATURE OF THE TENDERER WITH RUBBER STAMP ............................................................................................................................................

REGRET LETTER (To be sent under Contractor’s Letter head)

To,The Assr.General Manager, Air India Ltd.Kolkata – 700 052. Sub: THE REQUIRED REPAIRS AND RENOVATION WORK FOR THE AIATA ROOM AT NEWTECHNICAL AREA, N.S.C.B.I. AIRPORT, DUMDUM, KOLKATA -700 052.” Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

Sir,We regret to inform you that we are unable to quote for the subject tender due to

the following reason :1……………………………………………………………………………………2. …………………………………………………………………………………..

_____________________________________________ Date: SIGNATURE OF THE TENDERER WITH RUBBER STAMP

PROPERTIES & FACILITIES DEPARTMENTNEW TECHNICAL AREA, NSCBI AIRPORT, DUM DUM,KOLKATA – 700 052

UNDERTAKING FOR SERVICE TAX(FOR WORKS COSTING UP TO RS. 10 LAKHS ONLY )

Name of work : THE REQUIRED REPAIRS AND RENOVATION WORK FOR THE AIATA ROOM AT NEWTECHNICAL AREA, N.S.C.B.I. AIRPORT, DUMDUM,

KOLKATA -700 052.”Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

We, M/s ____________________________________________,having our official address at _______________________________________________________, are not covered under the Service Tax Rules, as our turnover is not likely to exceed Rs. ____________________ Lakhs.

We undertake all the responsibility of Service tax liability of this contract in case we exceed the turnover or gets covered under Service Tax bracket during the execution and completion of this work or any liability of Service Tax imposed on us for the concerned contract. Place :Date :

----------------------------------------------------------SIGNATURE & SEAL OF THE CONTRACTOR

UNDERTAKING FOR SERVICE TAX (FOR WORKS COSTING RS. 10 LAKHS & ABOVE ONLY )

Name of work: THE REQUIRED REPAIRS AND RENOVATION WORK FOR THE AIATA ROOM AT NEWTECHNICAL AREA, N.S.C.B.I. AIRPORT, DUMDUM,

KOLKATA -700 052.” Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

We, M/s ____________________________________________,having our official address at _________________________________________________,hereby confirm that our Service tax Registration No. with Central Board of Excise and Customs is _____________________. We also confirm that our rates are exclusive of Service tax and we shall claim the applicable Service Tax separately in our Running/Final bills. We also undertake the responsibility of payment of Service tax claimed from AIR-INDIA to the appropriate authorityof Service Tax and keep AIR-INDIA indemnified on this count. OR

We, M/s ____________________________having our official address at _____________________________________________ hereby confirm that we will submit our Service Tax Registration No. with Central Board of Excise and Custom to AIR-INDIA before the submission of our 1st R.A. Bill. In case we fail to submit that same, AIR-INDIA may withhold our payment. We also confirm that our rates are exclusive of Service Tax and we shall claim the applicable Service Tax separately in our Running/ Final Bills. We also undertake the responsibility of payment of Service tax claimed from AIR-INDIA to the appropriate authority of Service tax and keep AIR-INDIA indemnified on this count. Place : Date : --------------------------------------------------------

SIGNATURE & SEAL OF THE CONTRACTOR

PROPERTIES & FACILITIES DEPT. KOLKATA.

POLCE VERIFICATION OF CONTRACT LABOUR

The Contractors who have been awarded the job through Work Order shall furnish necessary Police Clearance Certificate in respect of character and antecedents of all Contract Labourers engaged by them before commencing the work at site.

This will be a part of Contractual Agreement as entire Airport including Air India Complex has been declared as “Prohibited Area”. All such Contractors who would be awared contracts are required to comply with the above requirements.

Contractors shall obtain such Police Clearance Certificate from Police available against a nominal fee per Certificate and they wil submit this Certificate giving Work Order reference on it, to the Office of the Engineeer In Charge of Properties & Facilities Dept., to be forwarded to our Security Department along with request for issuance of Entry Passes.

..................

PROPERTIES & FACILITIES DEPARTMENT CONTRACT ADMINISTRATION PROFORMA

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

Name of work: THE REQUIRED REPAIRS AND RENOVATION WORK FOR THE AIATA ROOM AT NEWTECHNICAL AREA, N.S.C.B.I. AIRPORT, DUMDUM,

KOLKATA -700 052.” 1.. Estimated Cost of Work : Rs. 4.40 lakhs

2. The Tender documents consists of the following:i) Contract Administration Proformaii) Conditions of Contract iii) Additional Conditions / Additional Items / Annexure ‘A’ iv) Schedule of Quantitiesv) Declaration

3. The Tenderer is required to pay Earnest Money of Rs.8810/= (Rupees EighteenThousand eight hundred ten Only).

[NOTE : EMD is to be paid in Cash only for amount of upto Rs.10,000/- which payment is to be made to the Cashier, Cash Section, Finance Dept., NTA,KOLKATAAIRPORT,DUM DUM,KOLKATA-700052. For EMD amount more than Rs.10,000/-, payment has to be made by way of DD/ PAY ORDER payable to “AIR INDIA LTD.” at KOLKATA.

4. The completed Tender Documents in Cover No.2, accompanied by Cover No.1 consisting Earnest Money Receipt /DD / Pay Order and the Acceptance Letter& copy of Service Tax Registration Certificate with number or the duly signed undertaking with stamp and signature of the tenderer addressed to the Asstt. General Manager, Properties & Facilities Dept., Air India Ltd., NTA, DUM DUM should be deposited in the Tender Box kept in NTA Office before 13:00 Hrs. on 29.02.2016

5. Tenders will be opened on the same day at 2.30 p.m. in the office of the Asstt. General Manager, Properties &Facilities Dept., Air India Ltd., NTA, DUM DUM, Kolkata in the presence of any intending tenderers who may wish to be present.

6 In case the Tenderer does not wish to quote for the work, he may please send a regret letter on the date of opening of the Tender.

7. EARNEST MONEY / SECURITY DEPOSIT:

a) Earnest Money Deposit : 2.00% of Estimated Cost.

b) Additional Security Deposit to be madeWithin 15 days of date of issue of WO: -

c) Retention Percentage from Running /Final Bill : 7 ½ % Excluding EMD

d) Total Security Deposit : 10 %

8. Time allowed for the execution of the work: 45 days.

9. DEFECTS LIABILITY PERIOD:

a) Repair Works / Asphaltic pavements : 05 (Five) years.(After completion of contract period OR particular work if

that particular work is completed after expiry of contract period)

10. Minimum value of work to be done between :As per value of fractional two consecutive Running Account Bills work orderfor claiming by the Contractor :

11. Likely period for honouringbill for fractional work orders after proper

submission : 2 to 3 months

12. Percentage permitted in Rate Analysisfor Extra / Deviated items to coveroverheads and Profits.

a) Materials + Labour : 20 % (TWENTY PERCENT)b)OnlyLabour oriented : 15% (FIFTEEN PERCENT)

SIGNATURE OF ASSTT. G.M. (P & F)

SIGNATURE OF TENDERER WITH RUBBER STAMP

AIR INDIA LIMITED : EASTERN REGION : KOLKATAGENERAL CONDITIONS OF CONTRACT

01. Tenderer shall be deemed to have satisfied himself as to the nature of the site, local facilities of access and all material affecting the execution and completion of the work. No extra charges consequent on any understanding in these respects or otherwise will be paid.

02. All rates which should be quoted in figures as well as in words should be inclusive of all charges of all kinds and materials, transportation, labour, taxes, royalties, duties etc. including charges and arrangements for water and electricity. Water and electricity may be made available from Air India Limited in the existing points during working hours for use in the work, in case the same is available., In such eventuality Air India Ltd. Will deduct 1% (one per cent) on corresponding bill amount (0.67% water charges& 0.33%.Electric charge)

03. Unless otherwise stated, the work shall be carried out according to the drawings and / or directions issued by the Asstt. General Manager (P & F). and to the entire approval of the Asstt. General Manager – ( P& F). Any items where details are lacking will be executed as per discretions of the Asstt. General Manager – ( P& F). The decision ,of the Asstt. General Manager – ( P & F) with regard to interpretation and meaning of drawings, schedule of quantities, specifications / certificate of quality of work, interpretation of relevant IS Code and all other matters relating to the contract, will be final and binding on the contractor.

04. Quantities shown in the schedule of quantities are approximate. Actual quantities shall be measured for payment as per standard practice, the contractor shall bear all the cost of measurement of his work. The tenderer will not be entitled to any extra payment due to any variation of tender quantity, nor be entitled to any claim due to exclusion of any tender items, for which he quoted.

05. Each tenderer should deposit in Cash ./ Bank Draft the stipulated earnest money with accounts department of Air India Limited and the duplicate receipts thereof should be attached with the tender. Tenderer should retain the original receipt which will have to be surrendered at the time of refund of earnest money. The earnest money of unsuccessful tenderers will normally be refunded to them within 30 (thirty) days after opening tenders. The earnest money of successful tenderer will be retained towards security deposit.

06. The successful tenderer will be liable to rectify any defects arising out during the defects liability period of One year following the date of successful completion of the work. The Asstt. General Manager Properties& Facilities Department reserves the right to forfeit security deposit in whole or part and get the defects rectified through any other agency at the cost and risk of the successful tenderer, if he fails to rectify the defective items.

07. If the Contractor fails to complete the work on the stipulated date of completion, except for reasons beyond his control for which the Asstt. General Manager –

( P& F)., may grant necessary extension of time at his discretion, he shall be liable to pay a penalty equal to one percent per week of the contract value of the work for 10 (ten) weeks after which his earnest money and security deposit will be forfeited and the work will be got done departmentally or through any other agency at the risk and cost of the contractor.

08. In case the performance of the contractor is found to be unsatisfactory, the contract will be terminated by AI Ltd., giving one month’s notice to the contractor. The contractor will however complete all works which is entrusted with till the notice of termination is served on him.

09. Air India Ltd. reserves the right to reduce the scope of work and delete any item / items from the tender.

10. The rate of the additional items not originally included in the tender will be derived as under :

(a) From similar items in the tender.(b) Taking some items from any other tender, which is current.(c) From Ist principal, i.e. calculating the cost of materials,labour elements

Plus 20% (Twenty percent) as overhead and profits.

11. On account payment will be made to the contractor as stipulated against that completed portion of work for which he submits his bills after carrying out joint measurement and provided that the same is approved by the Asstt. General Manager – ( P& F).

12 All the rules in respect of labour regulations, minimum wages, insurance and welfare including the safety code as in force should be binding to the contractor and shall be responsible for any default thereof. The insurance coverage for the workers shall be submitted to the department within 15 days from the date of work order.

13. Contractor shall deploy full time qualified supervisors for the supervision of works required to be carried out by him.

14. The contractor will carry out the work in stages where required to cause minimum disturbances to the running of various workshop[s, sections / office. The contractor shall also be bound to carry out work, if necessary, after normal working hours of shops, offices etc. being allowed at various locations when the work is required to be executed and on Sundays/ Holidays after obtaining necessary permission from the department. He shall be responsible for any damage to the equipment and structures, injury to the personnel ,in the sections / workshops during the progress of work and he will be liable to pay such compensation as may be decided by the Asstt. General Manager – ( P& F). in respect of damage / injuries.

15 Air India Ltd., will not supply any materials whatsoever for the work.

16. The offer is to be kept open for acceptance by Air India Ltd., for 90 days from the last date of submission of the tender.

17. Air India Ltd., reserves the right to reject any or all the tenders without assigning any reason.

18. * On commissioning of the tube well, the contractor should have furnished the detail drawing of tube well showing the different strata and pipe connections and other details as may be asked to submit.

* THIS CLAUSE IS APPLICABLE ONLY TO TUBE WELL CONTRACTOR.

19. Price escalation will not be allowed (whatever may be the reason).

20. No extra payment for site cleaning which includes removal of debris from the site as directed. The final payment will be released only after proper cleaning the site.

21. To carry out the entrusted job within the ‘protected areas’ at Kolkata Airport / AI ltd. Premises. Contractor(s) shall have to arrange entry permits for their men and materials etc., from the competent authority of AI Ltd. / AAI / BCAS at their own cost. In this regard contractor shall apply for his / their supervisors and workmen of different categories individually in prescribed form, be received from the Security Office of AI Ltd., along with recent passport size photograph and Police Verification Report.

22. Contractor should provide necessary godown for storage of their materials, equipments etc., at their own cost. Department will not take any responsibility for any loss or damage to the materials and equipments of the contractor.

23. The tenderer / contractor should obtain the requisite approval from AAI and BCAS, Govt. Of India before commencement of the work, as it has been made mandatory for any Ground Handling Agency carrying out functions in the restricted areas of Indian Airports.

24. The service provider shall ensure that all the safety and security regulations of AI Ltd., BCAS, AAI or any other agency associated with airports activities are strictly adhered to and complied with by personnel deployed.

25. Any violation of security regulations and indulging in illegal activities by his personnel will be at the cost / risk of service provider.

26. The service provider should ensure verification of character and antecedents of his personnel by Police before deployment, since AI Ltd., is ‘protectedindustry’ and Airport is ‘protected area’. Every employee’s photograph, copy of Police Verification of character and antecedents and contractor’s undertaking to be furnished to Security Department.

27. The service provider shall provide at his own cost proper uniforms with high visibility jackets (approved by AI Ltd.) for the personnel deployed. While working in restricted premises.

28. On award of contract, the tenderer / contractor will arrange entry passes for his personnel at their own cost from BCAS.

29. Personnel so deployed must be in possession of photo identity cards provided by the service provider under his signatures, company’s name and seal apart from PIC issued by BCAS for airport entry to be shown if and when demanded by AI Ltd. officials.

30. The contractor shall have a system to issue / retrieve AEP to / from their employees while they report / leave the AI Ltd. / Airport premises, so as to ensure that their employees are not misusing the AEP.

31. The contractor shall have a system to surrender the expired / lapsed / terminated employees AEP to the issuing authority.

32. Any lapse noticed on the part of contractor or contractor’s employee’s involvement in theft / pilferage / malpractices shall be inquired into by AI Ltd. Security / other officials and suitable action including legal proceedings initiated for breach of contractual liability and also it will attract penal as per provisions of law.

33. The contractor shall take responsibility for good conduct of his / her employees in AI Ltd., premises / airport. If any of the contractor’s employee is involved in any theft / pilferage of property of AI Ltd. AI Ltd. Passenger / passenger baggage / cargo consignments / AI Ltd., property also in their working areas as assigned by AI Ltd., reserves the right to impose penalty on the contractor apart from the legal provisions.

34. TESTING OF MATERIALS Approval of all materials related to the works to be taken by the contractor before use from E-I-C. If necessary, the contractor will carry out test of materials be used for works in a laboratory / institution recommenced by the employer. If the test result shows that any of the materials does not comply with the norms of acceptance / criteria of specification and relevant IS code / CPWD, the contractor shall be responsible for replacement of the defective materials and / or construction. The necessary cost of all such sampling, testing has to be borne by the contractor. In case of cement concrete, if required, the test will be carried out for minimum executed quantity exceeding 5 Cum.

AcceptedFor & On behalf of

Sign with seal of Contractor AIR INDIA Limited,Eastern Region, Kolkata.

PROPERTIES & FACILITIES DEPARTMENT

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016 ADDITIONAL CONDITIONS1. SERVICE TAX:

a) It is mandatory for all the contractors (who are covered and entitled under Service Tax Rules) to have Service Tax Registration No., failing which tenders may not be issued to them.

b) Those who are not falling in Service Tax criteria as per their yearly turn over, shall give an undertaking as per attached sheet and shall owe all responsibility of Service Tax arises, if any, in future. THE UNDERTAKING AS PER ATTACHED SHEET MUST ACCOMPANY IN COVER NO.1 ALONGWITH UNCONDITIONAL ACCEPTANCE, OTHERWISE TENDER SHALL BE REJECTED.

c) Service tax shall be calculated and shown separately in their bills /invoices, while claiming Service tax. It shall be shown in all bills whether Running or Final.

d) All the bills / invoices shall have service tax registration nos. printed or stamped.

2. EARNEST MONEY DEPOSIT: As per the Contract Administration Proforma.

3. POLICE VERIFICATION: The Contractors who have been awarded the job through Work Order shall furnish necessary Police Clearance Certificate in respect of character and antecedents of all Contract Labourers engaged by them, before commencing the work at site.

The contractor shall adhere to the rules, regulations and instructions of Security Department of Air India Ltd. This will be a part of Contractual Agreement, as entire Airport including Air India Complex has been declared as “Prohibited Area”. All such Contractors who would beawarded contracts are required to comply with the above requirements. Contractors shall obtain such Police Clearance Certificate from Police available

against a nominal fee per Certificate and they will submit this Certificate giving Work Order reference on it, to the Office of the Engineer In Charge of Properties & Facilities Dept., to be forwarded to our Security Department along with request for issuance of Entry Passes.

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

ADDITIONAL CONDITIONS4. Following amendment is to be added to the Conditions of Contract after Para

20.7.0 Page No. 15:20-8-0 It shall be the Contractors obligation to comply with all applicable statutory requirements including in particular relating to minimum wages and the dearness allowance and emoluments payable to the employees. It shall be the Contractor’s responsibility to furnish each month to Air India due compliance of all statutory requirements.20-9-0 In the event of Air India incurring any liability by reason of any lapse and / or omission on the part of the Contractor, the Contractor shall, from time to time, and at all times, indemnify and keep indemnified Air India against all such liability including the cost thereof on Attorney and client basis.

5. Our General Conditions of Contract and Specifications Volumes - I, II & III are both applicable. The same are available in Administrative Section of PFD and can be refered, if required

6. QUOTATIONER SHOULD QUOTE THEIR PERCENTAGES, ABOVE OR BELOW OVER THE RATES IN S.O.R AND FOR REBATE OFFERED IN FIGURES AS WELL AS IN WORDS. IF THE RATES ARE NOT QUOTED IN WORDS IN ADDITION TO FIGURES, SUCH TENDERS WILL BE REJECTED. INCOMPLETE QUOTATION IN ANY FORM SHALL BE REJECTED.

In case of Term Contracts, the percentage variation quoted by the contractors on the basis of AI Standard Schedule of rates should be quoted in figures as well as words. The quotation where percentage variation is not written in wards will be liable to be rejected.

7. PERFORMANCE GUARANTEE & RETENTION OF SECURITY DEPOSIT As per Conditions of Contract, page No.7, Clause No.9.0.0 Security Deposit amounting to 10% of the completed contract value is retained with the department for the period of Defects Liability Period, which is normally 06 months from the date of completion of the work. In case of waterproofing work specific provisions as contained in Specifications Booklet Vol.I, Page No.43, Clause No.2.0 stipulate the Security Deposit amounting to 10% of the value of the work shall be retained with the department for three years in case of bitumen tar felt water proofing and five years in case of cement based waterproofing treatment.

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016ADDITIONAL CONDITIONS

8. AMENDMENT TO PRICE ADJUSTMENT CLAUSE IN CONDITIONS OF CONTRACT BOOKLET

a) As per AI’s web site.b) In case of Terms Contracts price variation clause will not be applicable.

9. PURCHASE PREFERENCE POLICY FOR PSE‘’ Preference shall be given for Products & Services offered by Public Sector Enterprises’’ as per prevailing orders of Govt. of India.

10. CONTRACTOR’S ALL RISK POLICY As per the site conditions, the Engineer-in-charge will decide whether the CAR Policy

is required for the subject work.

11. Intending Tenderers are advised in their own interest to visit the site of work and familiarise themselves with the site conditions before submitting their quotations.

12. The Contractor will not be entitled for any compensation due to enactment of any law regulation, etc. on account whether the same is/are enforced by state central Govt. during the tenure of the contract. Any other Tax like Sales Tax on works contract, Tax of levy, octori, excise duty etc. on materials or any elements in respect of this contract shall be payable by the contractor and Air India will not entertain any claims whatsoever in this respect. The contractor’s rates should cater for the same.

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

ADDITIONAL CONDITIONS

13. E-Mail ID and Mobile Phone Number : It is mandatory on part of the contractor to inform E-Mail ID and mobile phone number of his / their firm or of any authorised representative of his / their firm for effective communication while contract is on. This E-Mail ID and mobile phone number shall be submitted latest by date of award of contract.

14. Rates for all items must cover the cost of all appropriate materials, labour, machinery, scaffolding, tools and plants and all appliances what so ever necessary for the complete execution of the work.

15. Mobilisation advance shall not be paid by Air India Ltd. on any account.

16. Various work permits as applicable for the job with reference of safety precautions will have to be obtained from regulatory sections of Air India before starting of the various works.

17. Every activity in connection with the subject work shall be carried out necessarily with the prior permission of EIC or his representatives.

18. Before commencement of work, contractors are required to fill up and get approval of “work permit” for working at height from competent authorities in daily basis. This is mandatory requirement when workers are working at height more than 5 feet from floor level.

19. Contractors are required to procure adequate numbers of safety harness, helmets etc. duly approved by EIC before commencement of work at his own cost.

20. It should be distinctly understood that Air India reserves the right to split the tender among different characters as it may desire or issue ‘Fractional Work Orders’ to any other Contractors. If you could not progress the work as desired by Air India and no objection to this procedure shall be raised by you or any claim for compensation be raised because of such procedure.

21. Debris to be dumped at designated places only, at the end of the day’s work. You will not be allowed to dump near the work in progress. If you will not be able to remove the debris within 7 days out of Air India premises, same will

be carried out by Air India at your risk and cost. The amount will be ecovered from your bill towards the expenses incurred by Air India to do the same.

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016ADDITIONAL CONDITIONS

22. Contractors may please note, that in case of deviation in the item or use of materials other than specified under instructions of EIC (Allowed due to non-availability or otherwise) same shall be dealt in rates as under:

“Difference in the cost of materials specified and actually used including taxes plus 20% overhead & profits (on the difference in cost of materials) shall be deducted from quoted rates in case of used material cost is lower than specified or paid extra in case of cost of materials are on higher side than specified as the case may be”.

23. The labour cost if extra or on lower side, shall be dealt similarly.. Description given in the attached Schedule of Rates - are only generally

indicative of the type of work intended to be executed. Likewise, the quantities given in the Schedule should not be considered to be precise and are meant merely as a guide to the tenderers and are liable to vary according to the exigencies of work. It must be clearly understood that the Contractors before quoting, have fully acquainted themselves with the intend of:

1) Contract Administration Proforma2) Conditions of Contract (to be referred to on our web site under Tenders> PFD Manuals)3) Additional Conditions4) Schedule of Rates 20155) Scope of work6) Undertaking for Service Tax 7) Amendment8) Annexure A - Manpower9) Schedule of Quantities10)Declaration.

24. Municipal Sewerages Charges/water charges-The bifurcation of total water + sewerage charges amounting to 1% of the tender cost, as specified in General conditions of contract, will be the proportion of .65 and .35.

25. The rates quoted by the contractor for Demolition, Dismantling & Misc. Building Repair Work is inclusive of providing and erecting scaffolding for the same. However, if quantum of work is extraordinarily small and is at a height, then Engineer-in-Charge may decide to pay extra cost of scaffolding.

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016ADDITIONAL CONDITIONS

26. The contract can be extended for the further period of one year or part there of if Air India and the contractor both are agreeable on the same terms and conditions, however this can not be considered as the right of the contractor for time extension.

27. Air India Ltd reserves to itself the right to accept or reject any tender either in part or in whole without assigning any reason for doing so and does not bind itself to accept the lowest or any tender.

**************

I/we here by declare that I/we have read an understand the additional conditions and here by agree to abide by them.

DATE:

PLACE:

------------------------------------------------------------------------------- SIGNATURE OF TENDERER WITH THE RUBBER STAMP

PROPERTIES & FACILITIES DEPARTMENT

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

IMPORTANT CONDITIONS

I. Interested bidders are requested to note following corrigendum in regards of item description, item rates and item specifications :

i) Excavation and Earthwork Wherever applicable, item description shall be read as “disposal of excavated earth upto 50.0 meters,disposed soil to be leveled as neatly as directed by EIC”.

ii) Demolition, Dismantling and Miscellaneous Building Repairs wherever applicable, item description shall be read as “disposal of debris / material within 50.0 meters lead as directed by EIC”.

II. EMPLOYING SUPERVISOR BY THE CONTRACTOR

Contractor shall employ one supervisor during this contract period and authorized extended contract period with minimum qualification as diploma in Civil Engineering from recognized body approved by Air India Ltd.

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016 IMPORTANT CONDITIONS

The Supervisor of Contractor shall co-ordinate with EICs of each Zone and Users from various departments from Air India Ltd for planning and execution of the works. However, if contractor fails to make Supervisor available for more than seven days in a particular month, penalty amounting to 1.5 times of daily rate of Supervisor as quoted by the Contractor shall be deducted for each day and maximum deduction against the same shall be for seven days in a single month.The arrangement of attendance of the Supervisor will be decided by Air India Ltd .

The Supervisor shall be available during office hours of PFD on all weekdays as well as weekly offs and holidays as directed by concerned EIC depending on continuation of works on these days.

Contractor shall allow his Supervisor to follow instructions of EIC to attend the work / works as per the exigency even if same is / are not part of the main contract for which he is appointed for.

SIGNATURE OF TENDERER WITH RUBBER STAMP

Ref.No: KOL/PFD//NTA-AIATA/ 897 Dated: 08.02.2016

SCOPE OF WORK

The Scope of work is as under :

1. As and when the need of work arises Term Contract works shall be operative for any of the items for any quantity at the discretion of the Engineer-in-Charge. .

2. The Contractor should clearly note that mostly the Term Contract is operative in case of Additions/Aterations/Repairs as and when required during one year term and the job may be small nature or otherwise.

______________________________________________ SIGNATURE OF TENDERER WITH RUBBER STAMP

OFFICE OF THE SR. ASSTT.GENERAL MANAGER PROPERTIES & FACILITIES DEPARTMENT, NEW TECHNICAL AREA, DUM DUM, KOLKATA - 700 052.

SCHEDULE OF WORKS FOR THE REQUIRED REPAIRS AND RENOVATION WORK FOR THE AIATA ROOM AT NEWTECHNICAL AREA, N.S.C.B.I.

AIRPORT, DUMDUM, KOLKATA -700 052.

SL. NO.

ITEM OF WORK UNIT

QTY. RATE AMOUNT

(RS.)1 Dismanting the existing plaster of

skirting, racking out joints carefully and cleaning the surface includng removal of debris outside AIL, premises.

Sqm. 230.88    

(Rate in words : Rupees 2 Dismanting carefully of brick work in

cement mortar and mix or lime mortar including removal of debris outside AIL premiseds. Cum

. 1.00    (Rate in words : Rupees

3 Providing and laying internal / external cement plaster to brickj walls / concrete surface including off or chamfering corners as directed and racking out joints or roughening of surface including throating, nosing wherever necessary including scaffolding and curing complete at any floor.(a) 15 mm to 20 mm thick (i) 1 : 4 (1 cement : 4 Med. coarse sand) Sqm

. 175.68    (Rate in words : Rupees

4 Providing and applying sand cement plaster to ceilings with 6 mm to 10 mm thick cement, sand mortar in 1 : 4 (1 cement : 4 Med. coarse sand) including scaffolding and curing complete at any floor. Sqm

. 55.20    (Rate in words : Rupees

5 Providing and applying wall care putty with smooth finish on wall / celling at any height with approved quality. Sqm

. 230.88    (Rate in words : Rupees

6 Providing and laying 1st quality glazed tiles of approved shade, Johnson / Orient / Somani make in order of prefeence as mentioned, 5 to 6 mm thick, in walls / skirting /Dado in 12 mm thick cement plaster 1 : 3 (1 cement : 3 coarse sand) and jointed with white cement slurry. The rate includes preparation of surface, cement slurry, cutting tiles, curing as per direction. Sqm

. 20.680    (Rate in words : Rupees

7 Providing & laying Vertified tiles in different sizes (thickness 8 to 10 mm), with water absorption less than 0.08% & conforming to I.S. 15622, of approved brand & manufacture, in all colours & shade, laid with cement based high polymer modified quick set tile adhesive (water based) conforming to I.S.:15477, in average 6mm thickness, including grouting of joints (Payament for grouting of joints to be made separately).size of Tile 600x600mm.

Sqm. 54.340    

(Rate in words : Rupees

8 Providing & laying flooring in position of approved size of 6.00 mm thickness, 1st quality ceramic floor tiles of JOHNSON / REGENCY / SPARTEX in order of preference as mentioned of approved sample and of approved colours / two colours in pattern as per direction laid on 12 mm thick 1 : 3 (1 cement : 3 coarse sand ) cement mortar and all joints finished in white cement mixed with necessary pigment including preparation of surface, cement slurry etc. complete. (i) Coloured / Two coloured in pattern

Sqm. 6.21    

(Rate in words : Rupees 9 Providing and applying two or more

coats plastic emulsion paintings over a coat of cement primer to walls / cellings with approved brand, manufacturers and of approved colour to give an even shade including necessary sand papering / preparation of surface with putty etc. complete for all floors (each floor 3.0 Mtr. height.

Sqm. 230.88    

(Rate in words : Rupees 10 Providing and applying two or more

coats synthetic enamale paintings over a coat of cement primer to walls / cellings with approved brand, manufacturers and of approved colour to give an even shade including necessary sand papering / preparation of surface with putty etc. complete for all floors (each floor 3.0 Mtr. height. Sqm

. 108.17    (Rate in words : Rupees

11 Applying and finishing of external surface of walls with water proofng Acrylic emulsion paints of approved brand (weather shield of ICI) and as per manufacturer's specification including necessary filling up cracks or minor defects with cement, sand mixture (1 : 4) and preparation of surface by sealing the powdery, friable, chalky surfaces with a coat of weather shield thinned (1 : 1) to give an even smooth finished surface up to 10.0 Mtr. ht. (Rate is inclusive of necessary scaffolding charges and removal also).

Sqm. 175.00    

(Rate in words : Rupees 12 Providing, fixing panelled and glazed

shutters of approved design for doors, windows and clearstory windows including black enamelled MS butt hinges (Min. 3 nos. per leaf of shutter) with necessary screws etc. complete as per direction (minimum width of style, top rails and intermediate rails will be 100 mm : minimum width of lock and bottom rtails will be 150 mm min. thickness of panel will be 16 mmin single plank : in case of non-supply of single plank, rate of reduction of 20% will be made, minimum thickness of glass panes for panelled and glazed shutter will be 4.0 mm) with Gamari Wood 35 mm thick shutter.

Sqm. 2.100 2336.60 4906.86

(Rate in words : Rupees

13 Providing, fixing steel glazed doors, windows and ventlators of standard rolled steel section, joints mitred and welded with 15 mm x 3 mm lugs, 10 cm long with steel lugs embeded in c.c. blocks 15 x 10 x10 cm of 1 : 3 : 6 (1 cement : 3 coarse sand : 6 graded stone agg : 20 mm nomkinal size) or with wooden plugs and screws or raw plugs and screws or with fixing clips or with bolts and nuts as srequired, including providing and fixing of 4 mm thick glass panes with glazng clips and special metal ash putty of approved make complete including applying a prioming coat of approved steel primer and cost of necessary iron fittings (such as peg stay, handle, box hinges, etc. minmum one peg stay, one handle and two box hinges per leaf of shutter) of approved quality: (a) Side hung window (Min. Wt. 20.20 Kg./Sqm excluding fittings) Sqm

. 2.700    (Rate in words : Rupees

14 Taking out old damaged tarfelt from the roof, parapet etc. preparing the roof surfaces by removing all spoils, blisters moss etc., from the working site and disposal of the same beyond the compound and cleaning the site in all respect as per direction of Engineer-in-charge. Sqm

. 81.00    (Rate in words : Rupees

15 Grading roof for water proofing treatment with plain cement concrete 1:2:4 (1 cement : 2 coarswesand : 4 graded stone agg. : 20 mm nominal size) mixed with water proof compound (Viz. Sika Plastocrete

Cum. 4.05    

Super ) as per ratio specified by the manufacturer.

(Rate in words : Rupees 16 Supplying and laying standard four

course bituminous water poofing treatment as per specifcation laid down in IS 1346 - 1991 to be finished with Pea size gravel including necessary preparatory works such as shaping mouth of outlets, cutting as and wherever necessary and refilling with sand and cement mortar (4 : 1) or cement conc. (4 :2 :1) with graded stone chips before undertaking the treatment including cutting grooves (63 x 75 mm) in parapet and nserting edge of felt and mending good damage complete in all respect from SI. ( i ) to ( iii) as per direction of Engineer in Charge including the cost of all materials and labour and incidental carges. i) 1st and 3rd course with bonding materials of hot applied industrial blown type bitumen of grade 85/25 or 90/15 confirming to IS 702 - 1988 @ 1.45 kg. per sqm on each layer. ii) 2nd course with Hessian base self finised bitumen type 3 Gr. Conforming to IS 1322 - 1993 (Weighing 23 Kg / 10 Sqm Gross with bitumen content 12.10 Kg. / 10 Sqm) tested under the provision of IS 13826 Part 7) 1993. iii) 4th course with washed and clean pea sized gravel or grit @ 0.006 cum /Sqm. Sqm. 81.00    

(Rate in words : Rupees

17 Providing and fixing white vitreous china pedestal type (European type) water closet P or S Trap with seat and lid with CP brass hinges & rubber buffers 10.0 ltrs. White vitreous china low level flushing cistern with fittings and brackets 32 mm dia PVC flush pipe 20 mm over flow pipe with specials & mosquito proof coupling of approved municipal design complete including cutting and making good the walls and floors where required, complete with coloured commode & coloured cistern.

nos 1.00    (Rate in words : Rupees

18 Providing and fixing white vitreous china handwash basin ( Size 630 x 450 mm) with RS or CI brackets painted white 15 mm CP brass pillar taps, 32 mm dia CP brass waste of standard pattern, including cutting and making good the walls, where required complete. nos 1.00    

(Rate in words : Rupees

19 Providing and fixing white vitreous (standard quality ) ( 440 x265 x 315 mm) china flat back or wall corner type lipped front urinal basin of size

nos 1.00    (Rate in words : Rupees

20 Providing and fixing 600 x 450 mm bevelled edge mirror of superior glass (approved quality) complete with 6mm th. asbestos sheet ground fixed to wooden cleats with CP brass screws and washers. nos 1.00    

(Rate in words : Rupees

21 Providing and fixing 600 x 120 mm nos 1.00    

glass shelf with CP brass brackets and guard rail complete fixed to woodoen cleats with CP brass screws.

(Rate in words : Rupees

22 Providing & fixing CP brass to well rail complete with CP brass brackets fixed to wooden cleats with CP brass screws. 600 x 20 mm dia size. nos 1.00    

(Rate in words : Rupees

23 Providing and fixing liquid soap container with CP brass lid and brackets fixed to woodoen cleats with CP brass screws. CP brass container nos 1.00    

(Rate in words : Rupees

24 Providing and fixing sand cast iron/cast iron spum iron soil waste and vent pipes including jointing, making holes and mending good the damages etc. complete with 100 mm dia Rmtr 2.00    

(Rate in words : Rupees

25 Providing and fixing sand cast iron plain bend 100mm dia.of required degree. nos 2.00    

(Rate in words : Rupees

26 Supplying, Providing & fixing GI Pipes of Class – (B) complete with GI fittings and clamps including cutting threads, cutting walls/floors etc. and making good the same all as per direction of Engineer-in-charge. (Internal work) : [ Tata Make: ]

       

26(i)    15 mm dia Rmtr 5.00    (Rate in words : Rupees

26(ii)    20 mm dia Rmtr 3.00    (Rate in words : Rupees

26(iii)

   32 mm diaRmtr 3.00    

(Rate in words : Rupees

27 Providing,fitting and fixing of CP Angular Stop Cock (Essco):    15 mm dia nos 2.00    

(Rate in words : Rupees

28 Supplying and fixing of CP bib cock (Essco)

nos 2.00    (Rate in words : Rupees

  Applying post-construction anti-termiteTreatment of soil under existing floors using chemical emulsion @ one litre per hole, 300 mm apart including drilling 12 mm diameter holes and plugging with cement mortar 1 :2 (1 cement: 2 Coarse sand) to match the existing floor :

Sqm. 56.00    

(Rate in words : Rupees

  Total …     Rs.  

  Les : Rebate …   ( - ) Rs.  

  Net Total..   Rs.  

Amount (in words) …………………………………………………………..………………………………………………………………………………..

Signature of the Contractor with

Seal & Date

DECLARATION

1. I/We hereby declare that I/We have read and understood the Conditions of Contract, Specifications, drawings, Schedule of Quantities etc. and hereby agree to abide by them. In token thereof I/We have signed below and at the end of Schedule of Quantities. I/We also understand that otherwise this tender is liable to be rejected.

2. I/We understand that our Tender will not be considered, if the rates for items are not written both in FIGURES AND WORDS.

3. I/We hereby confirm that only the relevant entries asked for have been made within the Tender documents issued to us. I/We also confirm that in the even of any entry in this Tender document, other than the relevant entry, shall make this Tender invalid.

4. I/We hereby agree to obtain the Registration Number under the Contract Labour Act by Registering with the Labour Commissioner and furnish the Registration details to Air India Ltd.

5. I/We hereby agree to obtain Employer’s Number under the Employees State Insurance Corporation and the Provident Fund `Commissioner. in the event of our not being able to provide the above said numbers, we agree to Air India Ltd. retaining appropriate amounts at the stipulated percentage rates towards ESIS and PF, Air India Ltd. may remit such amounts to the appropriate authorities.

6. I/We agree to submit to Air India Ltd. necessary reports and returns as required for compliance of ESIS & PF regulations.

Place :

Date : ______________________________________________SIGNATURE OF TENDERER WITH RUBBER STAMP